Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2006 FBO #1752
SOLICITATION NOTICE

D -- Commercial Off-The-Shelf Foreign Language Courseweare Library Hosting

Notice Date
9/11/2006
 
Notice Type
Solicitation Notice
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
ACA, NRCC, Installation - Fort Eustis, ATTN: ATZF-DPC, 2798 Harrison Loop Complex, Fort Eustis, VA 23604-5538
 
ZIP Code
23604-5538
 
Solicitation Number
W91QF1-06-R-0026
 
Response Due
9/13/2006
 
Archive Date
11/12/2006
 
Small Business Set-Aside
N/A
 
Description
The ACA, NRCC, Directorate of Contracting, ATTN: Shaunda McManus, 2746 Harrison Loop, Fort Eustis VA 23604-5292 is soliciting a combined synopsis/solicitation for commercial product item prepared in accordance with the format in Subpart 12.6, as supp lemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The request for proposal solicitation number W91QF1-06-R-0026. Submit proposals to the ACA address identified above to ATTN Shaunda McManus, Telephone 757-878-2800 ext 2234 or Terry Hyatt-Amabile 757-878-2808 ext 2222, fax 757-878-2712. Due date for receipt of proposals is by 4:00 pm EST on 13 September 2006. Prop osals shall be in accordance with the FAR 52.212-1 and include, as a minimum, the contractors technical approach and capability to meet or exceed the governments requirement. Include resource links, product literature, and product samples, outline technic al features, and identify product licensing and any other commercial terms and conditions. The contractor shall include a listing of past performance references that are the same or similar to this requirement performed within the last 3 years. The solic itation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12. This is an unrestricted procurement and the NAISC Code is 518210, small business size standard $21M and SIC is 7374. This requirement is for a Firm Fixed Price contract for 12 month period. CLIN 0001  The contractor shall provide all the labor , supervision, materials, courseware library hosting, distribution integration, reporting and enterprise licenses to provide a web-based commerc ial off the shelf (COTS) foreign language courses in accordance with the statement of objectives outlined herein. The quantity is 1 and unit of issue is year. The contractor shall provide a web-based COTS product capable of being hosted, distributed and p layed on the existing Army distribution learning infrastructure. Under this contract, the contractor shall provide the courseware and training materials in a web-based environment. The program shall support the total population of the United States Army (A ctive Duty, Reserve, National Guard and civilian) or approximately 1.4 million people. The courseware shall be capable to teach reading, writing, speaking and listening with immersion, completely without translation. Instructional program and courses must be made available via web-based application within 20 days of contract award. Estimated contract award is 26 September 2006. The contractor shall provide a full range of services required to provide and manage the courseware library in a current state th roughout the life of the contract to include, but not limited to, provide access to the courseware library hosted and integrated with the existing Army platform, provide commercial state-of-the-art language courses (which include Arabic, Chinese, Persian F asi, French, Pashto, Hindi, Korean, Japanese, Russian, Spanish, Turkish, Portuguese, Swahili, Thai, Vietnamese and Indonesian). The contractor shall maintain currency of the courses, provide web-based and to courses, distribute the courses as required, ma intain a support system for product some combination of live, online and self help; maintain and report performance measures and metrics, and provide software licensing agreements. The contractors solution shall provide web-based access to courses with th e ability for student to access and download courses, locate and search for courses, identify course requirements, manage courses, track progress in courses to include capability exit and return using bookmarks and automatically upload course status and pr ogress. The information to access or work through the course shall be made available to all Army users outlined in this solicitation. The contractor shall prov ide a solution compliant with DOD and DA regulations, directives, instructions, guidelines, policies, public law and memoranda. The contractors solution must be complaint with Section 508 Rehabilitation act as amended, the Computer Security Act of 1987 (PL 100-235), Electronic Government Act of 2002 (HR 2458), Federal Infor Security Mgmt Act of 2002 (title III of E-Gov PL 107-347), Computer Fraud and Abuse (PL 99-474), Privacy Act (5 USC 552a and HQ DA 350-04-1 Utilization of the Armys e-Learning Program d td 8 Jan 04. FOB Dest and Place of Performance  Distributed Learning Systems, 11846 Rock Landing Drive, Suite B, Newport News VA 23606. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation (DFARs) provisions and clauses apply: FAR 52.212-1, FAR 52.212-2 (to include addendum to para (a) as follows: Factor 1-Technical Approach and Capability to meet the statement of objectives and timelines, Factor 2: Past Performance/Past Experience in providing same or similar li censing and services; 3. Price. Factor 1 is more important than Factor 2. Factor 1 and 2 combined are significantly more important than Factor 3.), FAR 52.212-3, FAR 52.212-4, FAR 52.204-4, FAR 52.209-6, FAR 223-5, FAR 52.223-10, FAR 52.232-17, FAR 52.242- 13, DFAR 252.204-7006, DFAR 252.209-7006, DFAR 252.209-7004, DFAR 252-242-7000, FAR 52.212-5 (The following clauses apply: 52.203-6, 52.219-8, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-37, 52.222-39, 52.225-13, 52.232-33, 52.247-64, DFAR 252.212-70 00, DFAR 252.209-7001, DFAR 252.232-7003, DFAR 252.212-7001 (The following clauses apply: FAR 52.203-3, DFAR 252.225-7001, DFAR 252.225-7012, DFAR 252.225-7027, DFAR 252.225-7028, DFAR 252.227-7015, DFAR 252.227-7037 and DFAR 252.243-7002).
 
Place of Performance
Address: ACA, NRCC, Installation - Fort Eustis ATTN: ATZF-DPC, 2746 Harrison Loop Complex Fort Eustis VA
Zip Code: 23604-5538
Country: US
 
Record
SN01139794-W 20060913/060911221230 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.